HomeMy WebLinkAbout02-167 Resolution No. 02-167
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH
URS CORPORATION FOR THE
SOUTH McLEAN BOULEVARD WIDENING AND RECONSTRUCTION PROJECT
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Olufemi Folarin, Interim City Manager, and Dolonna
Mecum, City Clerk, be and are hereby authorized and directed to
execute an agreement on behalf of the City of Elgin with URS
Corporation for engineering services for the South McLean
Boulevard Widening and Reconstruction Project, a copy of which is
attached hereto and made a part hereof by reference .
s/ Ed Schock
Ed Schock, Mayor
Presented: May 8, 2002
Adopted: May 8, 2002
Omnibus Vote: Yeas: 6 Nays : 0
Attest :
s/ Dolonna Mecum
Dolonna Mecum, City Clerk
Page 1
AGREEMENT
THIS AGREEMENT, made and entered into this /Sday of I 1 ii- , 2002, by and between the
CITY OF ELGIN, an Illinois municipal corporation (hereinafter re erred to as "CITY") and URS
CORPORATION dka URS CORPORATION AMERICAS (hereinafter referred to as "ENGINEER").
WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional services in
connection with the construction of SOUTH MCLEAN BOULEVARD (hereinafter referred to as the
"PROJECT").
AND
WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to
professional registration of individuals and has the necessary expertise and experience to furnish such
services upon the terms and conditions set forth herein below.
NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY
does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants
contained herein, the sufficiency of which is hereby acknowledged to act for and represent it in all
engineering matters involved in the PROJECT, subject to the following terms and conditions and
stipulations,to-wit:
I. SCOPE OF SERVICES
A. All work hereunder shall be performed under the direction of the Director of Public
Works of the CITY, herein after referred to as the "DIRECTOR".
B. The following major tasks of work will be performed by the Engineer.
1. Construction Coordination
2. Construction Inspection
3. Construction Documentation
4. Material Testing
C. A detailed Scope of Services is attached hereto as Exhibit A.
Page 2
II. PROGRESS REPORTS
A. An outline project milestone schedule is provided herein under.
B. A detailed project schedule for the Project is included as Exhibit B, attached hereto.
Progress will be recorded on the project schedule and submitted monthly as a component
of the Status Report described in C. below.
C. The Engineer will submit to the Director monthly a Status Report keyed to the Project
Schedule. A brief narrative will be provided identifying progress, findings and
outstanding issues.
III. WORK PRODUCTS
All work products prepared by the ENGINEER pursuant hereto including, but not limited to,
reports, designs, calculations, work drawings, studies, photographs, models and
recommendations shall be the property of the CITY and shall be delivered to the CITY upon
request of the DIRECTOR provided, however, that the ENGINEER may retain copies of such
work products for its records. Such work products are not intended or represented to be suitable
for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse
shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER.
IV. PAYMENTS TO THE ENGINEER(Not To Exceed Method)
A. For services provided the ENGINEER shall be reimbursed at the rate of 2.6845 times the
direct hourly rate of personnel employed on this PROJECT, with the total fee not to
exceed$264,351.00 regardless of the actual costs incurred by the ENGINEER unless
substantial modifications to the scope of the work are authorized in writing by the
DIRECTOR.
B. For outside services provided by other firms or subconsultants,the CITY shall pay the
ENGINEER the invoiced fee to the ENGINEER,plus
Page 3
C. The total not to exceed fee will be based on the total direct labor, in-house direct
expenses and costs of outside services as summarized below. A detailed cost estimate of
ENGINEER'S services is included as Exhibit B.
Total Direct Labor $229,490.00
In-house Direct Expenses $8,750.00
Subconsultant (Material Testing) $26,111.00
Total Not to Exceed Fee $264,351.00
D. The CITY shall make periodic payments to the ENGINEER based upon actual progress
within 30 days after receipt and approval of invoice
V. INVOICES
A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress
reports (IIC above) will be included with all payment requests.
B. The ENGINEER shall maintain records showing actual time devoted and cost incurred.
The ENGINEER shall permit the authorized representative of the CITY to inspect and
audit all data and records of the ENGINEER for work done under this Agreement. The
ENGINEER shall make these records available at reasonable times during the Agreement
period, and for a year after termination of this Agreement.
VI. TERMINATION OF AGREEMENT
Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time
upon fifteen (15)days prior written notice to the ENGINEER. In the event that this Agreement is
so terminated,the ENGINEER shall be paid for services actually performed and reimbursable
expenses actually incurred prior to termination, except that reimbursement shall not exceed the
task amounts set forth under Paragraph IV above.
VII. TERM
This Agreement shall become effective as of the date the ENGINEER is given a Notice to
Proceed and, unless terminated for cause or pursuant to Article V, shall be deemed concluded on
the date the CITY determines that all of the ENGINEER's work under this Agreement is
Page 4
completed. A determination of completion shall not constitute a waiver of any rights or claims,
which the CITY may have or thereafter acquire with respect to any term or provision of the
Agreement.
VIII. NOTICE OF CLAIM
If the ENGINEER wishes to make a claim for additional compensation as a result of force
majeure or action taken by the CITY, the ENGINEER shall give written notice of his claim
within 15 days after occurrence of such action. No claim for additional compensation shall be
valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that
such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the
decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required
under this Agreement as determined by the DIRECTOR shall proceed without interruption.
IX. BREACH OF CONTRACT
If either party violates or breaches any term of this Agreement, such violation or breach shall be
deemed to constitute a default, and the other party has the right to seek such administrative,
contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if
either party,by reason of any default, fails within fifteen (15)days after notice thereof by the
other party to comply with the conditions of the Agreement,the other party may terminate this
Agreement.
X. INDEMNIFICATION
To the fullest extent permitted by law,ENGINEER agrees to and shall indemnify, defend and
hold harmless the CITY, its officers, employees,boards and commissions from and against any
and all claims, suits,judgements,costs, reasonable attorney fees,damages or other relief,
including but not limited workers' compensation claims, in any way resulting from or arising out
of negligent actions or omissions of the ENGINEER in connection herewith, including negligent
or omissions of employees or agents of the ENGINEER arising out of the performance of this
Agreement. In the event of any action against the CITY, its officers, employees, agent,boards
or commissions, covered by the foregoing duty to indemnify, defend and hold harmless such
action shall be defended by legal counsel of the City's choosing.
Page 5
XI. NO PERSONAL LIABILITY
No official,director, officer, agent or employee of the CITY shall be charged personally or held
contractually liable under any term or provision of this Agreement or because of their execution,
approval or attempted execution of this Agreement.
XII. INSURANCE
A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in
effect, during the term of this Agreement, a policy of comprehensive general liability
insurance written in occurrence form with limits of at least$1,000,000 aggregate for
bodily injury and$1,000,000 aggregate for property damage.
The ENGINEER shall deliver to the DIRECTOR a Certification of Insurance naming the
CITY AS ADDITIONAL INSURED. The policy shall not be modified or terminated
without thirty (30)days prior written notice to the DIRECTOR.
The Certificate of Insurance which shall include Contractual obligation assumed by the
ENGINEER under Article X entitled "Indemnification" shall be provided.
This insurance shall apply as primary insurance with respect to any other insurance or
self-insurance programs afforded to the CITY. There shall be no endorsement or
modification of this insurance to make it excess over other available insurance,
alternatively, if the insurance states that it is excess or prorate, it shall be endorsed to be
primary with respect to the CITY.
B. Comprehensive Automobile Liability. Automobile Liability Insurance written in
occurrence form covering all owned,non-owned and hired motor vehicles with limits of
not less than $500,000 per occurrence for damage to property.
C. Combined Single Limit Policy. The requirements for insurance coverage for the
general liability and auto exposures may be met with a combined single limit of
$1,000,000 per occurrence subject to a$1,000,000 aggregate.
D. Professional Liability. The ENGINEER shall carry Engineer's Professional Liability
Insurance written in occurrence form covering claims resulting from negligent acts, error
Page 6
or omissions with a combined single limit of not less than $1,000,000 per occurrence/
aggregate. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence
of insurance protection. The policy shall not be modified or terminated without thirty
(30)days prior written notice to the DIRECTOR.
XIII. CONSTRUCTION MEANS,METHODS,TECHNIQUES,SEQUENCES,PROCEDURES
AND SAFETY
The ENGINEER shall not have control over or charge of and shall not be responsible for
construction means, methods,techniques, sequences or procedures, or for safety precautions and
programs in connection with the construction, unless specifically identified in the Scope of
Services.
XIV. NONDISCRIMINATION
In all hiring or employment made possible or resulting from this Agreement, there shall be no
discrimination against any employee or applicant for employment because of sex, age,race,
color, creed, national origin, marital status, of the presence of any sensory, mental or physical
handicap, unless based upon a bona fide occupational qualification, and this requirement shall
apply to,but not be limited to, the following: employment advertising, layoff or termination,
rates of pay or other forms of compensation and selection for training, including apprenticeship.
No person shall be denied or subjected to discrimination in receipt of the benefit of any services
or activities made possible by or resulting from this Agreement on the grounds of sex, race,
color, creed, national origin, age except minimum age and retirement provisions, marital status or
the presence of any sensory, mental or physical handicap. Any violation of this provision shall
be considered a violation of a material provision of this Agreement and shall be grounds for
cancellation,termination or suspension, in whole or in part, of the Agreement by the CITY.
XV. ASSIGNMENT AND SUCCESSORS
This Agreement and each and every portion thereof shall be binding upon the successors and the
assigns of the parties hereto; provided, however, that no assignment shall be made without the
prior written consent of the CITY.
Page 7
XVI. DELEGATIONS AND SUBCONTRACTORS
Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and
other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with
respect to each and every item, condition and other provision hereof to the same extent that the
ENGINEER would have been obligated if it had done the work itself and no assignment,
delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's
advance written approval.
XVII. NO CO-PARTNERSHIP OR AGENCY
This agreement shall not be construed so as to create a partnership,joint venture, employment or
other agency relationship between the parties hereto.
XVIII. SEVERABILITY
The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other
provision of this Agreement, or any portion thereof, shall be held to be void or otherwise
unenforceable, all other portions of this Agreement shall remain in full force and effect.
XIX. HEADINGS
The headings of the several paragraphs of this Agreement are inserted only as a matter of
convenience and for reference and in no way are they intended to define, limit or describe the
scope of intent of any provision of this Agreement, nor shall they be construed to affect in any
manner the terms and provisions hereof or the interpretation or construction thereof.
XX. MODIFICATION OR AMENDMENT
This Agreement and its attachments constitutes the entire Agreement of the parties on the subject
matter hereof and may not be changed, modified, discharged or extended except by written
amendment duly executed by the parties. Each party agrees that no representations or warranties
shall be binding upon the other party unless expressed in writing herein or in a duly executed
amendment hereof, or change order as herein provided.
Page 8
XXI. APPLICABLE LAW
This Agreement shall be deemed to have been made in, and shall be construed in accordance
with the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement
of any rights pursuant to this agreement shall be in the Circuit Court of Kane County, Illinois.
XXII. NEWS RELEASES
The ENGINEER may not issue any news releases without prior approval from the DIRECTOR,
nor will the ENGINEER make public proposals developed under this Agreement without prior
written approval from the DIRECTOR prior to said documentation becoming matters of public
record.
XXIII. COOPERATION WITH OTHER CONSULTANTS
The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work
associated with the PROJECT.
XXIV. INTERFERENCE WITH PUBLIC CONTRACTING
The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of a
violation of 720 ILCS 5/33E et seq. or any similar state or federal statute regarding bid rigging.
XXV. SEXUAL HARASSMENT
As a condition of this contract, the ENGINEER shall have written sexual harassment policies
that include, at a minimum,the following information:
A. The illegality of sexual harassment;
B. The definition of sexual harassment under state law;
C. A description of sexual harassment, utilizing examples;
D. The vendor's internal complaint process including penalties;
Page 9
E. The legal recourse, investigative and complaint process available through the Illinois
Department of Human Rights, and the Illinois Human Rights Commission;
F. Directions on how to contact the department and commission;
G. Protection against retaliation as provided by Section 6-101 of the Human Rights Act.
A copy of the policies must be provided to the Department of Human Rights upon request 775
ILCS 5/2-105.
XXVI. WRITTEN COMMUNICATIONS
All recommendations and other communications by the ENGINEER to the DIRECTOR and to
other participants which may affect cost or time of completion, shall be made or confirmed in
writing. The DIRECTOR may also require other recommendations and communications by the
ENGINEER be made or confirmed in writing.
XXVII. PROFESSIONAL RESPONSIBILITY
ENGINEER is obligated to comply with applicable standards of professional care in the
performance of the Services. CITY recognizes that opinions relating to environmental, geologic,
and geotechnical conditions are based on limited data and that actual conditions may vary from
those encountered at the times and locations where the data are obtained, despite the use of due
professional care.
XXVIII.NOTICES
All notices, reports and documents required under this Agreement shall be in writing and shall be
mailed by First Class Mail, postage prepaid, addressed as follows:
A. As to CITY:
JOHN LOETE,P.E.
Director of Public Works
City of Elgin
150 Dexter Court
Page 10
Elgin, Illinois 60120-5555
B. As to ENGINEER:
MOHAMMAD S. HASSAN, P.E.,S.E.
Vice President
URS Corporation
1701 Golf Road, Suite 1000
Rolling Meadows, Illinois 60008-4227
Page 11
IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this
Agreement in triplicate as though each copy hereof was an original and that there are no other oral
agreements that have not been reduced to writing in this statement.
For the CITY:
ATTEST: THE CITY OF ELGIN
By
/ .0 B y Vitt-
- --r.
City Clerk City aria.;
(SEAL)
For the ENGINEER:
44
Dated this 1 0day of Ar. ( , A.D., 2002
ATTEST: URS Corporation dka URS Corporation Americas
By
Senior Project Manager Vice President
Construction Services
' .
Exhibit .1
i1ywfElgin
Scope ofServices
Based on our knowledge of the project we offer the following as clarification of the work we propose to perform
in order to complete the project:
URS Corporation will provide full-time construction engineering services including coordination, inspection on
site; docunoen, control and contract closeout. URS' work orocedurou, inspection and documentation will be
performed in accordance with IDOT requirements.
Included in these duties are the following:
A. Construction Coordination
1) Review contractor schedules and usage of manpower to insure compliance with contract
requirements.
2) Enforce compliance with Contract Documents.
3) Meeting with designers to discuss clarifications and changes.
4) Assist City representative in conducting job coordination meetings with the contractor and all
interested parties to discuss progress of the pject and other matters requiring disposition.
5) Meet with appropriate City staff to review contract status, validate cost, schedule and nouupowe,
information; discuss required actions.
6) Provide centerline control and benchmark information to contractor for contractors staking and
layout.
B. Construction Inspection
1) Provide observation of the construction work and the contractor's operations to endeavor to
verify that construction is accomplished in accordance with the plans and specifications.
2) Review contractor's materials, certifications and samples for general compliance with the intent
of the contract documents.
3) Inspect delivered materials and equipment at the site to determine their general conformity with
the intent of the contract documents.
4) Monitor qualification and acceptance tests required by the contract documents.
5) Verify attainment of milestones for schedule and progress payments.
6) Participate in final inspections and acceptance testing.
C. Doxunneniution
1) Maintain Project records including, but not limited to the following:
Page 1vy2
Exhibit
itv of Elgin Scope of Services
a) Daily records (diary) covering activity on the job site, including documenting
sufficient information to permit verification of the nature and cost of changes in plans
and authorized extra work.
b) Construction photographs documenting progress of the work.
c) A marked set of"as-built"drawings at the job site.
d) Measure and/or compute all quantities of materials used on the construction, in
accordance with the contract documents. Records of such measurements and
computations shall be kept in permanent form and shall become part of the Project
records.
2) Notify the City of proposed changes and problems in the work.
3) Make recommendations regarding Contract Modifications, and assist the City to certify and
process each acceptable contract modification.
4) Review and certify monthly invoices for payments of the contractor and material and equipment
suppliers to assure the correctness of the quantities and the percent of completion.
5) Participate in punch list completion and acceptance by the City.
6) Ensure that all shop drawings, catalog cuts and diagrams and such other information prepared by
contractors or furnished to contractors by suppliers and manufacturers are reviewed and furnished
to the City.
7) Complete measurements, records, drawings, and final pay estimate no later than four (4) weeks
after completion of the actual construction work by the Contractor.
D. Material Testing Services
URS will retain Testing Services Corporation to provide material testing services during the Project. URS
will perform our services in conjunction with those of the materials consultant, as required by
construction procedures and inspection requirements.
During construction of the project, URS shall review test reports and verify that testing results comply
with the specifications. In the case of non-complying test results, URS will immediately advise the
construction contractor to take remedial action. Within 24 hours of receiving non-complying test results,
URS shall notify the City of those tests and the course of remedial action to be taken.
Page 2 of 2
Exhibit B
Construction Engineering
Route: FAU 2509 * Firm's approved rates on file with IDOT's
Local Agency: City of Elgin City of Elgin Bureau of Accounting and Auditing:
Section: McLean Boulevard Payroll Burden & Fringe Rate %
Project: Overhead& Expense Rate %
Job No.: * IDOT Approved Combined Rate= 1.3459%
Cost Estimate of Consultant's Services in Dollars
Payroll Burden,
Employee Man- Payroll Payroll Overhead &
Element of Work Classification Hours Rate Costs Fringe Costs* Profit** Total
Project Manager See Page 3 194 $42.00 $8,148 $10,966 $2,759 $21,873
Resident Engineer See Page 3 2162 $30.00 $64,860 $87,295 $21,960 $174,115
Construction Engineer See Page 3 560 $20.00 $11,200 $15,074 $3,792 $30,066
Civil Engineer(Shop Drawing Review) See Page 3 40 $32.00 $1,280 $1,723 $433 $3,436
Material Testing See Proposal $26,111
Vehicle See Page 5 $8,750
Estimate of Manhours based on the Scope of Services and
Schedule/Manhour Summary- Exhibit B
2956 _ $85,488 $115,058 $28,944 $264,351
**Complexity Factor, r=0.035 Page 1 of 5
Exhibit B
Construction Engineering
Route: FAU 2509
Local Agency: City of Elgin City of Elgin
Section: McLean Boulevard
Project:
Job No.:
Cost Estimate of Consultant's Services in Dollars
South of Sta. 125+00 North of Sta. 125+00 Golf Cart Underpass Total
Total Direct Labor $183,590.00 $29,600.00 $16,300.00 $229,490.00
In-house Direct Expenses $7,420.00 $1,330.00 $8,750.00
Subconsultant(Material Testing) $21,402.00 $3,014.00 $1,695.00 $26,111.00
Total Not to Exceed Fee $212,412.00 $33,944.00 $17,995.00 $264,351.00
Page 2 of 5
EXHIBIT B
PROBABLE CONSTRUCTION STAFFING
CONSTRUCTION ENGINEERING SERVICES
South McLean Boulevard
(North of Bowes Road to North of Spartan Drive)
City of Elgin
LETTING February,2002 MONTH MARCH'02 APRIL'02 MAY'02 JUNE'02 JULY'02 AUGUST'02
BEGIN CONTROL LAYOUT March 18,2002
BEGIN INSPECTION April 1,2002
SUBSTANTIAL COMPLE PION-
ROADWAY November 29 2002
November 30,2002
WINTER SUSPENSION to April 27,2003
BEGIN INSPECTION April 28,2003
COMPLE TION-LANDSCAPING,
TRAFFIC SIGNALS,PUNCHLIST May 30,2003
COMPLETE INSPECTION May 30,2003 WEEK ENDING 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6/7 6/14 6/21 6/28 7/5 7/12 7/19 7/26 8/2 8/9 8/16 8/23 8/30
COMPLETE DOCUMENTATION June 13,2003 ON FRIDAY
TECHNICAL STAFF MANHOURS
Project Manager 194 16 8 8 2 2 2 8 2 2 2 2 8 2 2 2 8 2 2 2 8 2 2 2 2
Resident Engineer 2,162 20 20 45 45 45 45 48 48 48 48 48 54 54 54 54 54 54 54 54 54 54 54 54 54
Construction Engineer 560 20 20 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16 16
Civil Engineer 40 20 20
TOTALS 2,956 56 68 89 63 63 63 72 66 66 66 66 78 72 72 72 78 72 72 72 78 72 72 72 72
Page 3 of 5
MnhrSchel/manhours
EXHIBIT B
PROBABLE CONSTRUCTION STAFFING
CONSTRUCTION ENGINEERING SERVICES
South McLean Boulevard
(North of Bowes Road to North of Spartan Drive)
City of Elgin
LETTING February,2002 MONTH SEPTEMBER'02 OCTOBER'02 NOVEMBER'02 DEC'02 MAY'03 JUNE'03
BEGIN CONTROL LAYOUT March 18,2002
BEGIN INSPECTION April 1,2002
SUBSTANTIAL COMPLETION-
ROADWAY November29 2002 W
November 30,2002
WINTER SUSPENSION to April 27,2003 I
BEGIN INSPECTION April 28,2003 N
COMPLETION-LANDSCAPING,
TRAFFIC SIGNALS,PUNCHLIST May 30,2003 T
COMPLETE INSPECTION May 30,2003 WEEK ENDING 9/6 9/13 9/20 9/27 10/4 10/11 10/18 10/25 11/1 11/8 11/15 11/22 11/29 12/6 12/13 E 5/2 5/9 5/16 5/23 5/41 6/6 6/13
COMPLETE DOCUMENTATION June 13,2003 ON FRIDAY R
TECHNICAL STAFF S
U
Project Manager 16 2 2 2 8 2 2 2 8 2 2 2 2 8 4 S 8 2 2 2 2 8 8
P
Resident Engineer 54 54 54 54 48 48 48 48 48 48 48 48 40 40 40 E 40 40 40 40 40 40 40
N
Construction Engineer 16 16 16 16 16 16 16 16 S 20 20
1 ,
Civil Engineer O
N
TOTALS 86 72 72 72 72 66 66 66 56 50 50 50 42 48 44 48 42 42 42 42 68 68
Page 4 of 5
MnhrSched/manhours(2)
EXHIBIT B
VEHICLE COST
Average Monthly Ownership = $385.00
Average Monthly Insurance Cost = 125.00
Average Monthly Maintenance (Operating Cost) = 225.00
$735.00
Based on 21 days per month vehicle use, the daily cost = $35.00
Vehicle #1 20 weeks @ 5 days x $35.00/day = $3,500.00
Vehicle #1 25 weeks @ 6 days x $35.00/day = $5,250.00
TOTAL VEHICLE COSTS: $8,750.00
Page 5 of 5
December 20, 2001 TESTING SERVICE CORPORATION
Local Offices:
457 E.Gundersen Drive,Carol Stream,IL 60188-2492
Mr. David Nissen 630.653.3920 • Fax 630.653.2726
URS/BRW,Inc. East Group 209 Cleveland Street,Suite C,Cary,IL 60013-2978
1701 Golf Road, Suite 1000 847.516.0505 • Fax 847.516.0527
Rolling Meadows, Illinois 60008 401 N.Riverside Drive,Suite 10,Gurnee,IL 60031-5914
847.249.6040 • Fax 847.249.6042
203 Earl Road,Suite A,Shorewood,IL 60431-9446
RE: P.N. 26,224 815.744.1510 • Fax 815.744.1728
McLean Boulevard 8201 W.183"'Street,Suite C,Tinley Park,IL 60477-9249
Reconstruction 708.429.2080 • Fax 708.429.2144
Elgin, Illinois
Dear Mr.Nissen:
Per your request, Testing Service Corporation(TSC)is pleased to submit this proposal to provide the
Construction Materials Engineering Services that will be requested by you for the above referenced project. The
broad objectives of our work will be to conduct and interpret tests and report our findings as directed by
URS/BRW, Inc. East Group.
TSC is staffed and equipped to provide any of the following services that may be ordered by you:
• Field Quality Control Services
-Observe proof-rolling operations.
-Recommend amount of undercut using IDOT cone penetrometer procedure.
-Perform in-place density tests on engineered fill/backfill and granular base course
-Test plastic concrete for slump,air content,temperature,unit weight and cast test cylinders.
-Establish rolling pattern for bituminous concrete pavement mix with nuclear density gauge.
-Pickup samples in the field for laboratory tests.
• Bituminous Concrete Batch Plant Quality Control Services
-Daily hot bin and extraction analysis.
-Sampling and testing of stockpile materials.
-Check and adjust mixing formulas,as necessary.
-Check temperatures of bitumen,drum and final mix.
-Mold Marshall samples and check for stability and flow.
-Other tests as required by current 1DOT procedures guide.
• Portland Cement Concrete Batch Plant Quality Control Services
-Verify that current IDOT mix design is being used.
-Check moisture content of fine aggregate.
-Perform sieve analysis on stockpiled materials,as required by IDOT criteria.
-Check the slump, air and temperature of final mix.
-Other tests, as required by current IDOT procedure guide.
• Laboratory
-Perform laboratory compaction curve for each soil type used.
-Determine density and thickness for core samples submitted by contractor.
-Aggregate gradation and soundness analysis.
-Perform compressive and flexural strength tests for concrete cylinders and beams.
-Other tests, as required.
Providing a Full Range of Geotechnical Engineering,Environmental Services,and Construction Materials Engineering& Testing
Carol Stream,IL•Bloomington,IL•Cary,IL•DeKalb,IL•Gurnee,IL•Peoria,IL•Shorewood,IL•Tinley Park,IL
URS/BRW, Inc. East Group
P.N. 26,224 - December 20, 2001
Supervision of the testing, observation and reporting is provided by a Registered Professional Engineer.
Reports will generally be issued on a weekly basis as work progresses. Invoices will be issued monthly,
subsequent to the reporting period.
A budget amount of twenty six thousand one hundred and eleven dollars ($26,111.00) is recommended for your
project. This estimate was prepared at the request of URS/BRW, Inc. East Group that approximately fifty (50)
percent of the project quantities will be tested. TSC's itemized estimate is included in the"Assumptions and
Estimated Fee" portion of this proposal. Factors such as weather, contractor efficiency and deviations from
minimum testing and observation requirements may significantly impact the CME budget.
TSC's fees include TSC's services being performed subject to the attached General Conditions which are
incorporated herein. Unless we receive written instructions to the contrary,invoices will be sent to:
Mr. David Nissen
URS/BRW,Inc. East Group
1701 Golf Road, Suite 1000
Rolling Meadows,Illinois 60008
Tel:(847)364-8800
Fax: (847)364-8818
When completing the attached project data form,kindly indicate who is to receive copies of TSC's report and other
project data.
Your consideration of our proposal is appreciated. We look forward to being of service to you on this project.
Respectfully Submitted,
TESTING SERVICE CORPORATION Prepare. By,
Thomas J. Morris John W. Mok
Vice President Section Manager
TJM:JWM:ml
Approved and accepted for by:
(NAME)
(TITLE)
(DATE)
-2-
URS/BRW, Inc. East Group
P.N. 26,224 - December 20,2001
SCHEDULE OF CHARGES
ITEM I FIELD SERVICES
A. Construction Materials Engineering(CME)Technician Per Hour: $ 43.50
B. IDOT QC/QA Level I BIT or PCC Per Hour: $ 52.50
C. IDOT QC/QA Level II BIT or PCC Per Hour: $ 60.00
CME Technician classification includes IDOT BIT/PCC and QC/QA Certified Technicians. Time is portal-to-
portal from the office servicing the project Increase hourly rate by 1.3 for over 8.0 hours per day,Saturday and/or
Sunday work. Holiday work is 1.5 times standard rate. The minimum trip charge is three(3)hours. Engineering
services for summary report preparation and project administration are invoiced at the Graduate Engineer Rate.
D. Transportation,Light Vehicle Per Mile: $ 0.45
E. Use of Nuclear Moisture/Density Gauge Per Day: $ 35.00
F. Pickup Concrete Test Samples Per Trip: $ 50.00
ITEM II LABORATORY SERVICES
A. Soils
1. Compaction Curve to establish the maximum
dry unit weight and optimum water content
a. Modified(AASHTO T180,ASTM D1557) Each: $ 150.00
b. Standard(AASHTO T99,ASTM D698) Each: $ 135.00
c. Add for Methods B,C,or D Each: $ 15.00
2. Thin-Walled Tube Samples
a. Combined Water Content&Dry Unit Weight Determination Each: $ 13.00
b. Unconfined Compressive Strength Each: $ 11.00
B. Portland Cement Concrete/Aggregates
1. Concrete Test Cylinders
a. Compressive Strength Each: $ 11.50
b. Spares/Handling Charge Each: $ 11.50
c. Trim End of Specimen When Necessary Each: $ 15.00
2. Sieve Analysis
a. Unwashed Each: $ 45.00
b. Washed Each: $ 67.00
-3-
URS/BRW, Inc. East Group
P.N. 26,224 - December 20,2001
C. Bituminous Concrete
1. Determining Asphalt Content by Ignition Oven Each: $ 70.00
2. Determining Asphalt Content by Ignition&Oven
&Washed Gradation Each: $ 125.00
3. Extraction Analysis Each: $ 150.00
4. Calibration of Ignition Oven for Asphalt Content Each: $ 250.00
5. Stability Flow and Bulk Density(Marshall Method)
a. 3 Specimens per Mix Per Test: $ 140.00
b. With Percent Voids &Theoretical Maximum Density Add: $ 60.00
6. Density of Core Specimen Each: $ 25.00
7. Determining the Density of Prepared(HMA)Specimens by Each: $ 150.00
Means of Gyratory Compacter
ITEM III CONSULTATION AND REPORT PREPARATION
A. Dr. Lawrence A.DuBose,P.E., S.E. Per Hour: $ 150.00
B. Registered Professional Engineer,Principal Per Hour: $ 150.00
C. Registered Professional Engineer Per Hour: $ 90.00
D. Graduate Civil Engineer Per Hour: $ 75.00
E. Transportation
1. Light Vehicle Per Mile: $ 0.45
2. Public Transportation Cost+ 10%
The above rates are valid through March 31,2002
-4-
URS/BRW, Inc. East Group
P.N. 26,224 - December 20, 2001
ASSUMPTIONS & ESTIMATED FEE
The following estimate is based on review of materials quantities provided by URS/BRW,Inc. East Group and
the Illinois Department of Transportation's Project Procedures Guide. At the time this estimate was prepared
the contractor's schedule was not available.
Earth Excavation/Aggregate Base Course/Trench Backfill
Item Unit
ITEMS Unit Quantity Amount
No. Price
1 CME Technician Hour 20.0 43.50 $ 870.00
2 Travel,CME Technician Hour 6.0 43.50 $ 261.00
3 Travel,Light Vehicle Mile 160 0.45 $ 72.00
4 IDOT Cone Penetrometer Day 4 35.00 $ 140.00
5 Soil, Water Content and Dry Unit Weight Determination Each 13.00 $ 0.00
6 Laboratory Compaction Curve Each 140.00 $ 0.00
7 Sieve Analysis, Washed Each 2 60.00 $ 120.00
Sub-Total: $ 1,463.00
Estimate Basis:Subgrade:four 5 hour trips.
Portland Cement Concrete/Plant
Item Unit
ITEMS Unit Quantity Amount
No. Price
CME Technician Hour 43.50 $ 0.00
2 IDOT QC/QA Level I Technician Hour 52.25 $ 0.00
3 IDOT QC/QA Level II Technician Hour 45.0 60.00 $ 2,700.00
4 Travel, CME Technician Hour 43.50 $ 0.00
5 Travel,IDOT QC/QA Level I Technician Hour 52.25 $ 0.00
6 Travel, IDOT QC/QA Level II Technician Hour 24 60.00 $ 1,440.00
7 Travel,Light Vehicle Mile 600 0.45 $ 270.00
8 Pickup Test Samples Each 50.00 $ 0.00
9 Concrete Test Cylinders Each 11.50 $ 0.00
10 Sieve Analysis, Unwashed Each 45.00 $ 0.00
-5-
URS/BRW, Inc. East Group
P.N. 26,224 - December 20,2001
Portland Cement Concrete/Plant
Item
No. ITEMS Unit Quantity Pnce Amount
11 Sieve Analysis with#200 Wash Each 14 60.00 $ 840.00
12 Density of Core Sample Each 20.00 $ 0.00
Sub-Total: , $ 5,250.00
Estimate Basis:Curb&Gutter:four 3 hour trips,Class C Patching:three 3 hour trips,Concrete Box Culvert:four 4 hour trips,Driveway
Pavement&Sidewalks:three 2 hour trips,Concrete Foundations,Types A&D:one 2 hour trip.
Portland Cement Concrete/Field
No ITEMS Unit Quantity Pace Amount
1 CME Technician Hour 43.50 $ 0.00
2 IDOT QC/QA.Level I Technician Hour 52.25 $ 0.00
3 Travel,CME Technician Hour 43.50 $ 0.00
4 Travel, IDOT QC/QA Level I Technician Hour 52.25 $ 0.00
5 Travel,Light Vehicle Mile 0.45 $ 0.00
6 Pickup Test Samples Each 16 50.00 $ 800.00
7 Concrete Test Cylinders Each 96 11.50 $ 1,104.00
$ 0.00
Sub-Total: $ 1,904.00
Estimate Basis:
Bituminous Concrete/Plant
Item
No. ITEMS Unit Quantity Pn?ce Amount
1 CME Technician Hour 43.50 $ 0.00
2 IDOT QC/QA Level I Technician Hour 104.0 52.25 $ 5,434.00
2 IDOT QC/QA Level II Technician Hour 60.00 $ 0.00
3 Travel,CME Technician Hour 43.50 $ 0.00
4 Travel,IDOT QC/QA Level I Technician Hour 24.0 52.25 $ 1,254.00
4 Travel,IDOT QC/QA Level H Technician Hour 60.00 $ 0.00
-6-
URS/BRW, Inc. East Group
P.N. 26,224 - December 20,2001
Bituminous Concrete/Plant
Item No. Uit
ITEMS Unit Quantity pence Amount
5 Travel,Light Vehicle Mile 560 0.45 $ 252.00
6 Pickup Test Samples Each 50.00 $ 0.00
Sub-Total: $ 6,940.00
Estimate Basis:Bituminous Base Course Widening:three 6.5 hour trips,Binder Course:(Surpave)ten 6.5 hour trips,Surface Course
(Surpave):three 6.5 hour trips.
Bituminous Concrete/Field
Item
No. ITEMS Unit Quantity Price Amount
1 CME Technician Hour 61.0 43.50 $ 2,653.50
2 IDOT QC/QA Level I Technician Hour 50.75 $ 0.00
3 Travel,CME Technician Hour 24.0 43.50 $ 1,044.00
4 Travel, QC/QA Level I Technician Hour 50.75 $ 0.00
5 Travel, Light Vehicle Mile 560 0.45 $ 252.00
6 Pickup Test Samples Each 50.00 $ 0.00
7 Nuclear Moisture Density Gauge Day 16 35.00 $ 560.00
Sub-Total: $ 4,509.50
Estimate Basis:Bituminous Base Course Widening:three 3 hour trips,Binder&Bituminous Base Course(Surpave):ten 4 hour trips,
Surface Course(Surpave):three 4 hour trips.
Bituminous Concrete/Laboratory
Item No. ITEMS Unit Quantity Unit Price Amount
I IDOT QC/QA Level#1 Laboratory Technician Hour 2.0 52.25 $ 104.50
2 Calibration of Ignition Oven Per Mix Designs Each 2.0 250.00 $ 500.00
3 Determining Asphalt Content by Ignition Oven Each 13.0 70.00 $ 910.00
4 Determining Asphalt Content by Ignition Oven&Washed Gradation Each 125.00 $ 0.00
5 Bituminous Concrete Extraction Analysis Each 4 150.00 $ 600.00
6 Maximum Theoretical Density Each 13 60.00 $ 780.00
7 Compaction of Bituminous Mixture by Gyratory Method&Bulk Set of 13 150.00 $ 1,950.00
Specific Gravity Test 2
-7-
URS/BRW, Inc. East Group
P.N. 26,224 - December 20,2001
Bituminous Concrete/Laboratory
Item No. ITEMS Unit Quantity Unit Price Amount
8 Density of Core Specimen Each 24 25.00 $ 4,844.50
Sub-Total: $ 5,444.50
Estimate Basis:
Project Coordination&Report Preparation
Item
No. ITEMS Unit Quantity PnCt Amount
e
1 Project Engineer Hour 8 75.00 $ 600.00
2 Secretary N/C $ 0.00
J i
Sub-Total: $ 600.00
TSC's base fee schedule includes up to three copies of each report
Estimated Total: $ 26,111.00
RECOMMENDED BUDGET: $ 26,111.00
-8-
OF
L
Agenda Item No.
City of Elgin
, k
_•
April 19, 2002
TO: Mayor and Members of the City Council
FROM: Olufemi Folarin, Interim City Manager
SUBJECT: Construction Engineering Services Agreement
with URS Corporation for the South McLean
Boulevard Widening and Reconstruction Project
PURPOSE
The purpose of this memorandum is to provide the Mayor and members
of the City Council with information to consider entering into an
agreement with URS Corporation for construction related engineering
and inspection services for the South McLean Boulevard Widening and
Reconstruction Project .
rft.
BACKGROUND
The agreement with URS ($520, 000) for the preparation of final
plans, specifications, cost estimates and bidding assistance for
the subject project was authorized by the City Council on July 11,
2001 . The County is reimbursing the City $256 , 000 for their
portion of the project . The subject agreement ($264 , 351) is for
construction related engineering services . Construction services
include on-site inspection to insure compliance with plans and
specifications, material testing, review of shop drawings,
construction layout, resolution of complaints, conduct weekly
progress meetings and record drawing preparation. A copy of the
subject agreement is attached as Exhibit A.
A bid award for the South McLean Boulevard reconstruction project
appears on the City Council agenda as well .
COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED
None .
_ ...
eift. Agrmnt w/URS for S McLean Widening
April 19, 2002
Page 2
DillA.-FINANCIAL IMPACT
The Construction Engineering Services Agreement with URS is in the
not-to-exceed amount of $264 , 351 . Funds for this agreement are
available in account number 276-0000-791 . 93-80 , project number
339574 . The total budget for this project is $3 , 952 , 500 . At this
time, $3 , 529, 433 is still available. Also, $39, 552 of this
agreement was charged to project number 339613 , Hopps Road.
LEGAL IMPACT
None .
ALTERNATIVES
1 . Approve the subject agreement with URS .
2 . Do not approve the subject agreement with URS and direct staff
to solicit proposals from other firms .
rft RECOMMENDATION
It is recommended that the City Council approve the subject
agreement with URS Corporation in the not-to-exceed amount of
$264 , 351 and authorize staff to execute the necessary documents.
Respectfully submitted,
•....z.o....),......e...
Olufemi ' ;larin •
Interim C . y Ma - •er
SP:do
attachment
ellik